Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

SMART Innovation Diagnostics for Productivity and Design Projects

  • First published: 18 November 2017
  • Last modified: 18 November 2017

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-072933
Published by:
Llywodraeth Cymru / Welsh Government
Authority ID:
AA0007
Publication date:
18 November 2017
Deadline date:
11 January 2018
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This tender has been prepared on behalf of the Welsh Ministers, herein after referred to as ‘the Client’, in order to establish a Framework Agreement that will provide SMART Innovation Diagnostics for Productivity and Design projects across Wales. The Client is seeking to engage with quality providers to deliver a service that will provide manufacturing and design diagnostics for businesses across Wales. The Framework Agreement will commence on the xxxxx for a period of three years and will end on the xxxxx. An option to extend the agreement for up to a further year will be available to the Client; however this will be subject to a performance review. The client is not bound by any values or commitment with regards to the use of this agreement. A contract will not exist between the Client and the Framework Provider until such a time when a ‘call off’ occurs. Please note that the Client will seek EU funding in respect of this service. CPV: 79400000, 71323000, 72220000, 72221000, 79400000, 79415000, 79990000, 79410000, 79415200, 79400000, 79990000, 72220000, 72221000, 71323000, 73200000, 79410000, 73300000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Welsh Government

Corporate Procurement Services, Cathays Park

Cardiff

CF10 3NQ

UK

Telephone: +44 3000628803

E-mail: CPSProcurementAdvice@wales.gsi.gov.uk

NUTS: UKL

Internet address(es)

Main address: http://wales.gov.uk/?skip=1&lang=en

Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://etenderwales.bravosolution.co.uk/web/login.shtml


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etenderwales.bravosolution.co.uk/web/login.shtml


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://etenderwales.bravosolution.co.uk/web/login.shtml


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

SMART Innovation Diagnostics for Productivity and Design Projects

Reference number: F124/2017/2018

II.1.2) Main CPV code

79400000

 

II.1.3) Type of contract

Services

II.1.4) Short description

This tender has been prepared on behalf of the Welsh Ministers, herein after referred to as ‘the Client’, in order to establish a Framework Agreement that will provide SMART Innovation Diagnostics for Productivity and Design projects across Wales.

The Client is seeking to engage with quality providers to deliver a service that will provide manufacturing and design diagnostics for businesses across Wales.

The Framework Agreement will commence on the xxxxx for a period of three years and will end on the xxxxx. An option to extend the agreement for up to a further year will be available to the Client; however this will be subject to a performance review. The client is not bound by any values or commitment with regards to the use of this agreement. A contract will not exist between the Client and the Framework Provider until such a time when a ‘call off’ occurs.

Please note that the Client will seek EU funding in respect of this service.

II.1.5) Estimated total value

Value excluding VAT: 1 600 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Productivity diagnostics for Businesses in Wales

II.2.2) Additional CPV code(s)

71323000

72220000

72221000

79400000

79415000

79990000

79410000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The successful providers must have substantial industry experience applicable to the Manufacturing sector in order to provide an expert diagnostic consultancy service to businesses across Wales.

The successful providers must have the ability to provide such a service across a wide range of manufacturing disciplines, which as a minimum shall include expertise in areas of continuous improvement, sustainable and lean manufacturing; value stream and process mapping; 5 S and 6 Sigma; improving layout and space utilisation; reducing work in progress; improving quality and delivery; team building; new and innovative manufacturing techniques; and materials and process innovation. The providers must also be able to include planning and preparation for implementation of technologies associated with the Fourth Industrial Revolution.

Support following a diagnostic to apply and implement tools and techniques highlighted in the prioritised action plan will also be available to businesses.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Extension of up to 1 year. Please note that this contract is part funded by European Regional Development Fund (ERDF) and is therefore subject to the availability of those funds.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project:

SMART Innovation - 80750 and 80751

II.2.14) Additional information

The value stated in the Contract Notice is the maximum anticipated value for the full potential contract period of 4 years (i.e. the 3 year initial term plus the 1 year extension period). This contract is part funded by European funds and is therefore subject to the continued availability of those funds.

Lot No: 2

II.2.1) Title

Design diagnostics for Businesses in Wales

II.2.2) Additional CPV code(s)

79415200

79400000

79990000

72220000

72221000

71323000

73200000

79410000

73300000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The successful providers must have substantial industry experience applicable to the Design sector in order to provide an expert diagnostic consultancy service to businesses across Wales.

The successful providers must have the ability to provide such a service across a wide range of design disciplines, which as a minimum shall include expertise in areas of materials and manufacture; product design; industrial design, design for manufacture; packaging design; eco-design; service design; design management; and branding.

Support will also be available for businesses that have received a completed diagnostic and require a provider to assist them to apply and implement tools and techniques highlighted in the prioritised action plan.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Extension of up to 1 year. Please note that this contract is part funded by European Regional Development Fund (ERDF) and is therefore subject to the availability of those funds.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project:

SMART Innovation - 80750 and 80751

II.2.14) Additional information

The value stated in this Contract Notice is the maximum anticipated value for the full potential contract period of 4 years (i.e. 3 year initial term plus the up to 1 year optional extension period). This contract is part funded by European funds and is therefore subject to the continued availability of these funds.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As included in the procurement documents.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 6

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2017/S 188-385049

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 11/01/2018

Local time: 14:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

CY

IV.2.7) Conditions for opening of tenders

Date: 11/01/2018

Local time: 15:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

E-Tender Information:

https://etenderwales.bravosolution.co.uk

- The first person from your Organisation to use the Platform will be required to register on behalf of the Organisation.

- Registration involves accepting a User Agreement, and providing basic information about your Organisation and about the User

performing the Registration.

- The User who performs the Registration becomes the Super User for the Organisation.

- On registering on the Platform the Super User will select a Username and will receive a password.

- The Password will be sent by e-mail to the email address that was specified in the User Details section of the Registration page.

- In order to log-in to the Platform please enter your Username and Password.

- Note: If you forget your Password then visit the homepage and click “Forgot your password?”

- Registration should only be performed once for each Organisation.

- If you think that someone in your Organisation may have already registered on this Platform then you must not register again.

- Please contact the person who Registered (i.e. the Super User) in order to arrange access to the Platform.

- Contact the Helpdesk immediately if you are unable to contact the Super User (for example if they have left your Organisation).

- Note: If your Organisation is already registered on the Platform then you must not make any additional registration. Please contact the

Helpdesk to gain access to the Platform.

- Tenders must be uploaded to the BravoSolution portal by 2pm

How To Find The ITT:

- Once logged in you must click on ‘ITT’s Open to all Suppliers’

- The e-tender references for this contract are: project_37346, itt_64705

- Click on the title to access summary details of the contract. If you are still interested in submitting a tender, click the ‘Express an Interest

button’. This will move the ITT from the ‘Open to all Suppliers’ area to the ‘My ITT’s’ on the home page.

- You will then see the full details of the ITT in the qualification and technical envelopes along with any relevant documents in the

‘Attachments’ area.

- Should you have any questions on the ITT, please use the ‘Messages’ area to contact the buyer directly – Please do not contact the named

person at the top of this notice.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on

Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=59136

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s

economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental

considerations. The Community Benefits included in this contract are:

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s

economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental

considerations. The Community Benefits included in this contract are:

The Client has decided to take a non core approach to Community Benefits, this means that the Community Benefits proposal that you

return as part of this tender process will not be evaluated and scored.

The buyer considers that this contract is suitable for consortia.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=72933

(WA Ref:72933)

The buyer considers that this contract is suitable for consortia bidding.

VI.4) Procedures for review

VI.4.1) Review body

Welsh Government

Corporate Procurement Services, Cathays Park

Cardiff

CF10 3NQ

UK

Telephone: +44 3000628803

Internet address(es)

URL: http://wales.gov.uk/?skip=1&lang=en

VI.5) Date of dispatch of this notice

16/11/2017

Coding

Commodity categories

ID Title Parent category
72221000 Business analysis consultancy services Systems and technical consultancy services
79400000 Business and management consultancy and related services Business services: law, marketing, consulting, recruitment, printing and security
79410000 Business and management consultancy services Business and management consultancy and related services
73300000 Design and execution of research and development Research and development services and related consultancy services
79415200 Design consultancy services Production management consultancy services
71323000 Engineering-design services for industrial process and production Engineering design services
79990000 Miscellaneous business-related services Miscellaneous business and business-related services
79415000 Production management consultancy services Business and management consultancy services
73200000 Research and development consultancy services Research and development services and related consultancy services
72220000 Systems and technical consultancy services Software programming and consultancy services

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
CPSProcurementAdvice@wales.gsi.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.